Contract

ID 4495265 - DfE - Tourism NI - Storage and Pick/Pack Services

  • Tourism Northern Ireland

F03: Contract award notice

Notice identifier: 2023/S 000-015812

Procurement identifier (OCID): ocds-h6vhtk-03a668

Published 5 June 2023, 11:19am



Section one: Contracting authority

one.1) Name and addresses

Tourism Northern Ireland

Bedford Square, Bedford Street

BELFAST

BT2 7ES

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 4495265 - DfE - Tourism NI - Storage and Pick/Pack Services

two.1.2) Main CPV code

  • 63120000 - Storage and warehousing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Northern Ireland Tourist Board (NITB) trading as Tourism Northern Ireland (Tourism NI) is a statutory, non-departmental public body. It is funded by the Department for the Economy (DfE). The Northern Ireland Visitor Information Centre (VIC) network established by Tourism NI in 1994 provides a coordinated, consistent and improved source of high quality visitor information. Tourism NI plays a key role in this by providing a range of services to the network including the provision of promotional literature and marketing support. Tourism NI also produces a range of literature / collateral which is used to promote Northern Ireland as an attractive, globally competitive and successful destination. In this regard, Tourism NI needs to procure storage space for this literature / collateral as well as services for distributing and replenishing literature throughout Northern Ireland, the Republic of Ireland and the rest of the world. Tourism Northern Ireland is seeking to procure a Contractor who can provide storage of literature/collateral/ad hoc items. The Contractor will be expected to securely store Tourism NI property / ad hoc items as well as a range of Tourism NI corporate literature/collateral and promotional materials and provide a pick and pack service for items in storage to be collected for distribution by our contracted courier.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £165,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 63121100 - Storage services
  • 64100000 - Post and courier services
  • 64120000 - Courier services
  • 30193700 - File storage box
  • 63000000 - Supporting and auxiliary transport services; travel agencies services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Northern Ireland Tourist Board (NITB) trading as Tourism Northern Ireland (Tourism NI) is a statutory, non-departmental public body. It is funded by the Department for the Economy (DfE). The Northern Ireland Visitor Information Centre (VIC) network established by Tourism NI in 1994 provides a coordinated, consistent and improved source of high quality visitor information. Tourism NI plays a key role in this by providing a range of services to the network including the provision of promotional literature and marketing support. Tourism NI also produces a range of literature / collateral which is used to promote Northern Ireland as an attractive, globally competitive and successful destination. In this regard, Tourism NI needs to procure storage space for this literature / collateral as well as services for distributing and replenishing literature throughout Northern Ireland, the Republic of Ireland and the rest of the world. Tourism Northern Ireland is seeking to procure a Contractor who can provide storage of literature/collateral/ad hoc items. The Contractor will be expected to securely store Tourism NI property / ad hoc items as well as a range of Tourism NI corporate literature/collateral and promotional materials and provide a pick and pack service for items in storage to be collected for distribution by our contracted courier.

two.2.5) Award criteria

Quality criterion - Name: As per the tender documents / Weighting: 30

Cost criterion - Name: As per the tender documents / Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

4 options of 12 months each.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Note this is a demand led contract and the values stated are estimates.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-004856


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 May 2023

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

DATA DISPATCH LTD

Unit 33, Westlink Enterprise Centre

BELFAST

BT12 5BJ

Email

info@datadispatch.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £165,000

Total value of the contract/lot: £165,000


Section six. Complementary information

six.3) Additional information

The successful contractor's performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter, It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance the matter will be escalated to senior management in Construction Procurement Delivery Supplies and Services Division for further action. If this occurs and the contractor's performance does not improve to satisfactory levels within the specified period, this can be considered grounds for termination of the contract at the contractor's expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may in accordance with The Public Contracts Regulations 2015 (as amended) be excluded from future public procurement competitions for a period of up to three years. Note this is a demand led contract and the values stated are estimates.

six.4) Procedures for review

six.4.1) Review body

Not applicable in the UK

Not applicable in the UK

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.